Loading...
HomeMy WebLinkAboutContract 59004-FP1-FP1 City Secretary 59004 Contract No. FORTWORTH. Date Received 4/18/2025 AT NOTICE OF PROJECT COMPLETION (Developer Projects) The Transportation and Public Works Department upon the recommendation of the Project Manager has accepted the following project as complete: Project Name: Wichita Industrial Park City Project No.: 104140 Improvement Type(s): Water ❑x Sewer ❑x Original Co ntract Price: $1,402,087.50 Amount of Approved Change Order(s): $99,818.00 Revised Contract Amount: $1,501,905.50 Total Cost of Work Complete: $1,501,905.50 _Joadha4-foynker Apr 15, 2025 Joanth an Forrester (ADr 15, 202511:32 CDT) Contractor Date Senior Project Manager Title Bratjen Construction Co. Company Name Apr 15, 2025 Charles Hayes (Apr 025 12:46 CDT) Project Inspector Date 47al TGiAfGli'l P.E. Apr 18, 2025 Khal Jaafari P.E.(Apr 18, 202515:22 CDT) Project Manager Date Apr 18, 2025 Kandic(Apr 18, 2025 15:52 CDT) CFA Manager Date de.7.1 Apr 18, 2025 Lauren Pnenr (Apr la, 2025 15:55 CDT) TPW Director Date cp�� Apr 18, 2025 Asst. City Manager Date OFFICIAL RECORD CITY SECRETARY Page 1 of 2 FT. WORTH, TX Notice of Project Completion Project Name: Wichita Industrial Park City Project No.: 104140 City's Attachments Final Pay Estimate ❑x Change Order(s): ❑x Yes ❑ N/A Pipe Report: ❑x Yes ❑ N/A Contractor's Attachments Affidavit of Bills Paid Consent of Surety 0 Statement of Contract Time Contract Time: 180 WD Days Charged: 97 WD Work Start Date: 9/30/2024 Work Complete Date: 3/19/2025 Completed number of Soil Lab Test: 218 Completed number of Water Test: 17 Page 2 of 2 FORT WORTH CITY OF FORT WORTH FINAL PAYMENT REQUEST Contract Name WICHITA INDUSTRIAL Contract Limits Project Type WATER & SEWER City Project Numbers 104140 DOE Number 4140 Estimate Number 1 Payment Number I City Secretary Contract Number Contract Date For Period Ending 3/19/2025 AID Project Manager NA Contractor BRATJEN CONSTRUCTION P O BOX 156494 FORT WORTH, TX 76155 Inspectors T. GARDNER / C. HAYES Contract Time 18WD Days Charged to Date 97 Contract is 100.00 Complete Wednesday, April 2, 2025 Page 1 of 5 City Project Numbers 104140 Contract Name WICHITA INDUSTRIAL Contract Limits Project Type WATER & SEWER Project Funding DOE Number 4140 Estimate Number 1 Payment Number 1 For Period Ending 3/19/2025 UNIT I: WATER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total 1 12" WATER PIPE (CO 1 &2) 1530 LF $110.00 $168,300.00 1530 $168,300.00 2 8" WATER PIPE 105 LF $78.00 $8,190.00 105 $8,190.00 3 12" DIP WATER (CO 1) 214 LF $200.00 $42,800.00 214 $42,800.00 4 24" STEEL ENCASEMENT 175 LF $300.00 $52,500.00 175 $52,500.00 5 CONNECTION TO EX. 4"-12" WATER MAIN 1 EA $7,500.00 $7,500.00 1 $7,500.00 6 12" GATE VALVE F $4,150.00 $16,600.00 4 $16,600.00 7 8" GATE VALVE F $2,150.00 $6,450.00 3 $6,450.00 8 FIRE HYDRANT 3 EA $4,500.00 $13,500.00 3 $13,500.00 9 DUCTLIE IRON WATER FITTING W/ RESTRAINT 2.25 TN $12,500.00 $28,125.00 2.25 $28,125.00 10 4"-12" PRESURE PLUG 4 EA $1,000.00 $4,000.00 4 $4,000.00 11 TRENCH SAFETY (CO 2) 1849 LF $1.50 $2,773.50 1849 $2,773.50 12 2" WATER SERVICE (DOMESTIC) 3 EA $5,000.00 $15,000.00 3 $15,000.00 13 2" WATER SERVICE (iRRIGATION) 3 EA $3,000.00 $9,000.00 3 $9,000.00 14 24"X12" TAPPING SLEEVE AND VALVE A $33,500.00 $33,500.00 1 $33,500.00 15 12" WATERLINE LOWERING 2 EA $6,600.00 $13,200.00 2 $13,200.00 16 RIP RAP 4200 SF $1.25 $5,250.00 4200 $5,250.00 17 IMPORTED EMBEDMENT/BACKFILL, CLSM 78 CY $100.00 $7,800.00 78 $7,800.00 18 -------------------------------------- CONC PVMT REPAIR (CO 2) 27 SY $180.00 $4,860.00 27 $4,860.00 Sub-Total of Previous Unit $439,348.50 $439,348.50 UNIT Ik SANITARY SEWER IMPROVEMENTS Item Description of Items Estimated Unit Unit Cost Estimated Completed Completed No. Quanity Total Quanity Total --------------------------------------- 1 4' SEWER MANHOLE A $9,250.00 $27,750.00 3 $27,750.00 2 YSEWER MANHOLE A $11,500.00 $69,000.00 6 $69,000.00 3 Y SEWERMANHOLE W/ WATERTIGHT 1 EA $17,000.00 $17,000.00 1 $17,000.00 GASKETS & COVERS 4 4' SEWER MANHOLE W/ WATERTIGHT 1 EA $15,700.00 $15,700.00 1 $15,700.00 GASKETS & COVERS 5 8" SEWER PIPE (CO 1) 223 LF $100.00 $22,300.00 223 $22,300.00 6 18" SEWER PIPE (CO 1) 1353 LF $200.00 $270,600.00 1353 $270,600.00 7 18" DIP SEWER (CO 1) 677 LF $440.00 $297,880.00 677 $297,880.00 Wednesday, April 2, 2025 Page 2 of 5 City Project Numbers 104140 Contract Name WICHITA INDUSTRIAL Contract Limits Project Type WATER & SEWER Project Funding 8 9 10 11 12 13 14 15 16 17 18 19 20 21 18" SEWER PIPE, CSS BACKFILL 20 LF TRENCH SAFETY 1942 LF EPDXY MANHOLE LINER 130 LF POST -CCTV INSPECTION 1942 LF MANHOLE VACCUM TESTING 1942 EA 18" SEWER PIPE, CSS BACKFILL 280 LF RIP RAP 12720 SF 18" SEWER PIPE, SELECT BACKFILL 120 LF 12" SEWER LINE 1393 LF REMOVE 4' SEWER MANHOLE A 63" STEEL ENCASEMENT 290 LF 36" STEEL ENCASEMENT (CO 1) 28 LF 20" STEEL ENCASEMENT (CO 1) 50 LF 8" DIP SEWER (CO 1) 132 LF Sub -Total of Previous Unit DOE Number 4140 Estimate Number 1 Payment Number 1 For Period Ending 3/19/2025 $380.00 $7,600.00 $1.50 $2,913.00 $15.00 $1,950.00 $3.00 $5,826.00 $2.00 $3,884.00 $195.00 $54,600.00 $1.25 $15,900.00 $80.00 $9,600.00 $30.00 $41,790.00 $1,250.00 $6,250.00 $478.00 $138,620.00 $478.00 $13,384.00 $325.00 $16,250.00 $180.00 $23,760.00 $1,062,557.00 20 $7,600.00 1942 $2,913.00 130 $1,950.00 1942 $5,826.00 1942 $3,884.00 280 $54,600.00 12720 $15,900.00 120 $9,600.00 1393 $41,790.00 5 $6,250.00 290 $138,620.00 28 $13,384.00 50 $16,250.00 132 $23,760.00 $1,062,557.00 Wednesday, April 2, 2025 Page 3 of 5 City Project Numbers 104140 Contract Name WICHITA INDUSTRIAL Contract Limits Project Type WATER & SEWER Project Funding Contract Information Summary Original Contract Amount Change Orders Change Order Number 1 Change Order Number 1 Change Order Number 2 DOE Number 4140 Estimate Number 1 Payment Number 1 For Period Ending 3/19/2025 $1,402,087.50 $3,510.00 $96,354.00 ($46.00) Total Contract Price $1,501,905.50 Total Cost of Work Completed $1,501,905.50 Less % Retained $0.00 Net Earned $1,501,905.50 Earned This Period $1,501,905.50 Retainage This Period $0.00 Less Liquidated Damages Days @ / Day LessPavement Deficiency Less Penalty Less Previous Payment Plus Material on Hand Less 15% Balance Due This Payment $0.00 $0.00 $0.00 $0.00 $0.00 $1,501,905.50 Wednesday, April 2, 2025 Page 4 of 5 City Project Numbers 104140 Contract Name WICHITA INDUSTRIAL Contract Limits Project Type WATER & SEWER Project Funding Project Manager NA Inspectors T. GARDNER / C. HAYES Contractor BRATJEN CONSTRUCTION P 0 BOX 156494 FORT WORTH, TX 76155 DOE Number 4140 Estimate Number 1 Payment Number 1 For Period Ending 3/19/2025 City Secretary Contract Number Contract Date Contract Time 180 WD Days Charged to Date 97 WD Contract is .000000 Complete CITY OF FORT WORTH SUMMARY OF CHARGES Line Fund Account Center Amount Gross Retainage Net Funded Total Cost of Work Completed $1,501,905.50 Less % Retained $0.00 Net Earned $1,501,905.50 Earned This Period $1,501,905.50 Retainage This Period $0.00 Less Liquidated Damages 0 Days @ $0.00 / Day $0.00 LessPavement Deficiency $0.00 Less Penalty $0.00 Less Previous Payment $0.00 Plus Material on Hand Less 15% $0.00 Balance Due This Payment $1,501,905.50 Wednesday, April 2, 2025 Page 5 of 5 DEVELOPER -AWARDED -PROJECT CHANGE ORDER (PROJECT NAME: Wichita Industrial I CONTRACT: Water & Sewer Imoroverne is I CFA # CFA22-0169 l I CITY PROJECT # 104140 FID # 30114-0200431-104140-EO7685 FILE# X-27384 INSPECTOR: lCharleS Hayes I, PROJECT MANAGER: Khal Jaafari CHANGE ORDER No: CITY PARTICIPATION:( NO Phone No: Phone No: WATER SEWER Developer Cost City Cost Developer Cost CIry IORIGINALCONTRACT $435.894.50 I $966.203.00 _ I9XTRAS TO DATE $0.00 I $0.00 I_ CREDITS TO DATE $0.00 I $0.00 I ICONTR.4CTTODATE $435,884.50 $0.00 I $966.203.00 I $1 1AMODUSNNtTT1 OF PROP. C,HHAANMGE ORDER $3.510.00 I $96,354,00 UNT rrs � $439,394.50 151,062,557.00 I $I TOT OT h C AMOUNT' PER UNIT S439.394.50 I $1.062,557.00 REVISED COST SHARE Dev. Cost: $1,501,951.50 TOTAL REVISED CONTRACT 01 I 1 TBD RECEIVED (817) 392 7872 By Khal Jaafari at 5:07 pm, Jun 12, 2024 CONTRACT UNIT PAVING DRAINAGE STREET LIGHTS CONTRACT reloper Developer Developer DAYS :t City Cost Cost City Cost Cost City Cost en nnI sn no I so_D0 1 180 F S0.00 1 $0.00 1 $0.00 1 $0.00 1 su.uu I ov.uv $0.00 $0.00.00 $0.00 50.00� City Cost: ,�. $0.00 S1,501,951.50 J Revised: 10-12-2011 Page 1 RECEIVED By Khal Jaafari at 5:07 pm, Jun 12, 2024 You are directed to make the following changes in the contract documents: Specification Bid Unit of Specification Unit Bid WATER IMPROVEMENTS Section No. Quantity Quantity Section No. Price Value UNIT I - 1 3311 12 -39 LF 3311.0441 12" Water Pjppe $110.00-$4290.00 UNIT - 3 3311 10 39 LF 3311.0451 12" DIP Wa{er $200.00 57.800.00 WATERSUBTOTAL S3,5 am SEWER IMPJjg1/EMENTS lU1INJITT ��fi 5 3311 10 -132 LF 3331 4115 8' Sewer Pipe $100.00-$13.200.00 UNIT II - 6 3311 10 -234 LF 3331.4225 18" Sewer Pipe $200.00-$46,800.00 UNIT II - 7 33 11 10 234 LF 33R311.422g9 18" DIP Sewer $440.00 S102,960.00 UNIT 11 - 18 99 99 99 28 LF �9� 5 UNIT II - 20 NEW�` �NEW1" 999999 50 LF Encasement $325.00 123,760.00 UNIT 11-21 331116,250-00 10 132 LF 3333... 4444 11L 8e DIP SEWER SUBTOTAL $96,354.00 GRAND TOTAL $99,864.00 REASONS FOR CHANGE ORDER 1.) Addition of 20'steel encasement, 36"steel encasement, 18" DIP sewer pipe and 8"DIP sewer pipe at the proposed crossings forprivate storm and public sewer. (Required per encroachment application w/ the COFW) 2.) Addition of 12" DIP water pipe for proposed water lowering #1 3.) Removal of 12" PVC Water Pipe, 8' PVC Sewer Pipe, and 18" PVC Sewer Pipe to be replaced with DIP NO CITY FUNDS INVOLVED IN THIS CONTRACT. DEVELOPER IS RESPONSIBLE FOR 100 % OF THE CHANGE ORDER COST AND NO REIMBURSEMENT FROM THE CITY WILL BE SOUGHT BY THE DEVELOPER. RECOMMENDED: Duna /�so/c/anteso Name: DARRELL HOWARD Title: DISCIPLINE LEAD APPROVED: Holt Lunsford By Name: 14UTTf1N LUNSFo;217 Title: vF i:4 GENERAL PRf "Ga APPROVED: Brattier, Constrocdon n By. Name: ntamin C. Bratcher Title: (.F(I Revised: 10-12-2011 Page 2 Docusign Envelope ID: 030289BC-F5D3-43E0-83D3-5A94A83E403D DEVELOPER -AWARDED -PROJECT CHANGE ORDER (PROJECT NAME: Wichita Industrial (CONTRACT: Water & Sewer Improvements I CFA # CFA22-0169 I I CITY PROJECT# 104140 ICITY SECRETARY CONTRACT* N/A IFID # 30114-0200431-104140-EO7685 IX # X-27384 I FILE # N/A INSPECTOR: Charles Hayes PROJECT MANAGER: Khal Jaafari CITY PARTICIPATION:I Phone No: Phone No: WATER SEWER Developer Cost City Cost Developer Cost City Ca (ORIGINAL CONTRACT $435,884.50 I $0.00 I $966,203.00 I $0.00 EXTRAS TO DATE $3,510.00 I $0.00 I $96,354.00 I $0.00 CREDITS TO DATE $0.00 I $0.00 I $0.00 I $0.00 (CONTRACT TO DATE $439,394.50 $0.00 I $1,062,557.00 I $0.00 (AMMOUNT�OFF PROP. CHANGE ORDER ($46.00) $0.00 I $0.00 I $0.00 MOUNT .50 0.00 $1,062. 57.00 S,PER Ij,O jjL;j VI6 �NTRACT AMOUNT $�439,348.50 i UNIT $1 062,557 .00 REVISED COST SHARE Dev. Cost: $1,501,905.50 I TOTAL REVISED CONTRACT CHANGE ORDER No: NO 2 (817) 392 - 8306 (817) 392 - 7872 CONTRACT UNIT DRAINAGE PAVING STREET LIGHTS CONTRACT per Developer Developer DAYS City Cost Cost City Cost Cost City Cost )0 $0.00 $0.00 $0.00 S0.00 $0.00 180 )o $0.00 $0.00 $0.00 $0.00 $0.00 )0 $0.00 $0.00 $0.00 $0.00 $0.00 )0 $0.00 $0.00 $0.00 $0.00 $0.00 180 )0 $0.00 $0.00 $0.00 $0.00 $0.00 0 )0 $0.00 $0.00 $0.00 $0.00 $0.00 180 $0.00 $0.00 $0.00 City Cost: $0.00 $1,501,905.50 REVIEWED By Izeldeen Ahmed at 10:40 am, Dec 20, 2024 Revised: 12-17-2018 Page 1 Docusign Envelope ID: 030289BGF5D343E0-83D3-5A94A83E403D You are directed to make the following changes in the contract documents UNIT I: WATER IMPROVEMENTS CITY BID ITEM CFW Unit Developer PAY ITEM # # QUANTITY UNIT ITEM DESCRIPTION Price UNIT PRICE Cost City Cost TOTAL UNIT I - 1 33 11 12 44 LF 3311.0441 12" Water Pipe $110.00 ($4.840.00) (54.840.00) UNIT 1- 11 34 05 10 44 LF 3305.0109 Trench Safety $1.50 ($66.00) ($66.00) UNIT I - 18' 32 01 29 27 SY 3201.0616 Conc Pvmt repair, Arterial/Industrial $180.06 54,860.00 $4,860.D0 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $O.DO $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $O.DO $0.00 $o.Do $0.00 $0.00 1 $0.00 $0.00 1 $0.00 $0.00 1 $0.00 $O.DO I $0.00 I $0.00 $0.00 I $0.00 TOTAL UNIT I: WATER IMPROVEMENTS (546.001 $0.00 ($46.00) Asterisk (') indicates New Pay Item REVIEWED By Izeldeen Ahmed at 10:40 am, Dec 20, 2024 Revised: 12-17-2018 Page 2 Docusign Envelope ID: 030289BC-F5D3.43E0-83D3-5A94A83E403D REVIEWED By Izeldeen Ahmed at 10:40 am, Dec 20, 2024 REASONS FOR CHANGE ORDER 1.) Updated the Proposed Public 12" water connection point redcucing the amount of water line needed and adding concrete repair. RECOMMENDED: D '.�..AYUnq�SSO�C%IAT S BY. Ly^�� LX G Name: DARRELL HOWARD Title: DISCIPLINE LEAD APPROVAL RECOMMENDED: CFW- Water Department By: N/A Name: Title: RECOMMENDED: CFW - "Contract Compliance Manager By: N/A Name: Title: M&C Number: N/A M&C Date Approved: APPROVED: HOLT LUNSFO D...Sig—d by: By: l 41330102FB3s441... Name: HUTTON LUNSFORD Title: VP OF GENERAL PARTNER APPROVED: CFW - Assistant City Manager By: N/A Name: Title: APPROVED: BRATJEN PANY By: Na`i NJAMIN C. BRATCHER Title: CEO APPROVED AS TO FORM AND LEGALITY: CFW - Assistant City Attorney BF N/A Name: Title: ATTEST . Contract Compliance Manager (Project Manager): By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, include ensuring all performance and reporting requirements. Jannette S. Goodall City Secretary There are NO City Funds associated with this Contract ❑ There are City Funds associated with this Contract Revised: 12-17-2018 Page 3 FORTWORTH TRANSPORTATION AND PUBLIC WORKS PIPE REPORT FOR: PROJECT NAME: Wichita Industrial Park CITY PROJECT NUMBER: 104140 WATER PIPE LAID SIZE TYPE OF PIPE LF Main 12" PVC 1530 Main 12" DIP 214 Main 8" PVC 105 FIRE HYDRANTS: 3 VALVES (16" OR LARGER) N/A PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: All Passed NEW SERVICES: 2" (3 EA.) IRR 54 2" (3 EA.) DOM 54 SEWER PIPE LAID SIZE TYPE OF PIPE LF Main 18" PVC 1653 Main 18" DIP 677 Main 8" PVC 223 Main 8" DIP 132 PIPE ABANDONED SIZE TYPE OF PIPE LF N/A DENSITIES: All Passed NEW SERVICES: 8" PVC 60 TRANSPORTATION AND PUBLIC WORKS The City of Fort Worth • 1000 Throckmorton Street • Fort Worth, TX 76012-6311 (817) 392 - 7941 • Fax: (817) 392 - 7845 FORTWORTH. TRANSPORTATION AND PUBLIC WORKS April 1, 2025 Bratjen Construction Company 1701 E Lamar Blvd, Suite 290 Arlington, TX 76006 RE: Acceptance Letter Project Name: Wichita Industrial Park Project Type: Water, Sewer City Project No.: 104140 To Whom It May Concern: On March 25, 2025 a final inspection was made on the subject project. There were punch list items identified at that time. The punch list items were completed on April 1, 2025. The final inspection and the corrected punch list items indicate that the work meets the City of Fort Worth specifications and is therefore accepted by the City. The warranty period will start on April 1, 2025, which is the date of the punch list completion and will extend of two (2) years in accordance with the Contract Documents. If you have any questions concerning this letter of acceptance, please feel free to contact me at 817- 392-7872. Sincerely, Khal Taa-fafi P. E. Khal Jaafari P,6(Apr 18, 202515:22 CDT) Khal Jaafari P.E., Project Manager Cc: Charles Hayes, Inspector Troy Gardner, Inspection Supervisor Emanuel Nieto, Senior Inspector Andrew Goodman, Program Manager Dunaway Associates L.P., Consultant Bratjen Construction Company, Contractor PRIII/HLCI Wichita Street, L.P., Developer File E-Mail: TPW_Acceptance@fortworthtexas.gov Rev. 8/20/19 AFFIDAVIT STATE OF TEXAS COUNTY OF TARRANT Before me, the undersigned authority, a notary public in the state and county aforesaid, on this day personally appeared BEN BRATCHER, CEO Of BRATJEN CONSTRUCTION, known to me to be a.eredible person, who being by me duly sworn, upon his oath deposed and said; That all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full; That the wage scale established by the City Council in the City of Fort Worth has been paid in full; That there are no claims pending for personal injury and/or property damages; On Contract described as; CPN 1041140 Wichita Industrial Park Subscribed and sworn before Notary Pu lie County, State BRATCHER, CEO 14TH of APRIL, 2025. rm Metonie Lajean Lowrie * My C�11291202gmmisslon ExRirss Notary ID126455575 _ CONSENT OF SURETY TO FINAL PAYMENT Conforms with the American Institute of Architects, AIA Document G707 TO OWNER: (Name and address) City of Fort Worth 311 W. 10th Street, Fort Worth, TX 76102 PROJECT: (Name and addres.N) Wichita Industrial, CPN 104140 - (CFA22-0169) Wichita Street, Fort Worth, TX 76140 Bond No: 107969751 OWNER ARCHITECT CONTRACTOR SURETY OTHER ARCHITECT'S PROJECT NO.: CONTRACT FOR: OCP: $1,402,087.50 FCP: $1,501,905.50 CONTRACT DATED: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the (Insert name and address of Surety) Travelers Casualty and Surely Company of America One Tower Square, Hartford, CT 06183 ,SURETY, on bond of (insert name and address ofContrarlor) Bratjen Construction Company 1701 E. Lamar Blvd., Suite 290, Arlington, TX 76006 ,CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety of any of its obligations to (lnserf name and address of Owner) City of Fort Worth 311 W. 10th Street, Fort Worth, TX 76102 OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand on this date: April 14, 2025 (Insert m writing the month followed by the numeric date and year,) Travelers Casualty and Surety Comoanv of America (Surety) Attest• (Signature of aulharded represenlalir Bridget T illo Sean J McCauley Jr. Attorney-ln-Tact (Printed name and title) S-21341GE 10101 Xbp Travelers Casualty and Surety Company of America A016, Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint SEAN J MCCAULEY JR of DALLAS , Texas , their true and lawful Attorneys) -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. 0w 1yyp 61'lp�.� ,'yTY Aryb ,•� COHN SIX �, ,Ve State of Connecticut By: City of Hartford ss. Robert L. Rane , emor Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. 1N WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 NOTARY T gAnna r pia �WVFG�S P. Nowik, NotaryPublic This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 14th day of April , 2025 fir `4j "Eli r Kevin E. Hughes, Assr Cat Sent Secre#Dry ro verify the aufhenticity of this Power of Attorney; please call us at 1-800-421 3880. Please refer to the above-narrred Aftorney(v)-in-Fact and the details of the bond to which this PowerofAttomey.is aMahed.